RFP for Selection of Agency for Supply, Implementation, Maintenance of Airport Taxi Management System And Mobile Application on SaaS Model

Size: px
Start display at page:

Download "RFP for Selection of Agency for Supply, Implementation, Maintenance of Airport Taxi Management System And Mobile Application on SaaS Model"

Transcription

1 RFP for Selection of Agency for Supply, Implementation, Maintenance of Airport Taxi Management System And Mobile Application on SaaS Model REF No: KSTDC/ /TAXI/IND18 1 P a g e

2 1.1 TABLE OF CONTENTS 1. LETTER OF INVITATION INFORMATION TO AGENCIES INTRODUCTION CLARIFICATION AND AMENDMENT OF RFP DOCUMENTS PREPARATION OF PROPOSAL SUBMISSION, RECEIPT AND OPENING OF PROPOSALS PROPOSAL EVALUATION NEGOTIATIONS AWARD OF CONTRACT PERFORMANCE SECURITY DISCLOSURE REGARDING EVALUATION PROCESS DATA SHEET TECHNICAL PROPOSAL - STANDARD FORMS TECHNICAL PROPOSAL SUBMISSION FORM AGENCY/ FIRM S REFERENCES COMMENTS AND SUGGESTIONS OF AGENCY DESCRIPTION OF THE OBJECTIVES TEAM COMPOSITION AND TASK ASSIGNMENTS POWER OF ATTORNEY OF AUTHORIZED SIGNATORY FORMAT FINANCIAL CAPACITY OF THE BIDDER FINANCIAL PROPOSAL - STANDARD FORMS FINANCIAL PROPOSAL SUBMISSION FORM TERMS OF REFERENCE ABOUT KARNATAKA STATE TOURISM DEVELOPMENT CORPORATION (KSTDC) OBJECTIVES OF THE RFP SCOPE OF SERVICES DEVELOPMENT & IMPLEMENTATION OF SAAS MOBILE APPLICATION EXISTING APPLICATION OVERALL SCOPE OF SERVICES KSTDC S PAYMENT CALCULATION TECHNICAL SPECIFICATION REQUIREMENTS FUNCTIONAL REQUIREMENT SPECIFICATIONS AIRPORT TAXI MANAGEMENT & MOBILE APPLICATION P a g e

3 8. SERVICE LEVEL AGREEMENT PURPOSE OF SLA DEFINITIONS DURATION OF SLA SLA TARGETS PROJECT MANAGEMENT AVAILABILITY MANAGEMENT SAAS BASED FLEET MANAGEMENT SYSTEM PERFORMANCE MANAGEMENT ISSUE SEVERITY LEVEL & RESOLUTION TIME RESOLUTION TIME INCIDENT MANAGEMENT PROBLEM MANAGEMENT CONFIGURATION MANAGEMENT BREACH OF SLA EXCLUSIONS OTHER FORMS FORM A: DECLARATION OF NOT BEING BLACKLISTED FORM B: IMPLEMENTATION EXPERIENCE FORM C: QUALITY ASSESSMENT DETAILS FORM D: PATENT RIGHTS/ COPYRIGHT INFORMATION FORM E: UNDERTAKING ON PERSONNEL FORM F: COMMITMENT ON LATEST SOFTWARE DELIVERY FORM G: PROJECT PLAN & RESOURCE DEPLOYMENT PLAN FORM H: DECLARATION OF ACCEPTANCE OF TERMS AND CONDITIONS IN RFP FORM I: PROFORMA FOR EARNEST MONEY DEPOSIT (EMD) FORM J: OEM AUTHORIZATION TO BID CONTRACT FOR CONSULTANCY SERVICES P a g e

4 1. LETTER OF INVITATION No: KSTDC/ /TAXI/IND18 Date: 01/02/2018 Bengaluru, Karnataka Managing Director Karnataka State Tourism Development Corporation TENDER NOTIFICATION [Through e-procurement Portal only] RFP for Selection of Agency for Supply, Implementation, Maintenance of Airport Taxi Management System and Mobile at KSTDC Karnataka State Tourism Development Corporation (KSTDC), Government of Karnataka (GoK) invites Bids from Agencies to Supply, Implementation, Maintenance of Airport Taxi Management System and Mobile Application on SaaS through e-procurement portal ( Interested Agencies may submit their Request for proposals (RFP) for Supply, Installation, Commissioning, Implementation and Support Services with requisite EMD electronically through e- procurement platform at The following shall be the calendar of events of Tendering: RFP Publish Date Last date for receipt of pre-bid queries through ) Last date of receipt of Proposals Date of opening of Technical Proposal Date of Technical Presentation Date of opening of Financial Proposal Earnest Money Deposit by 18:00 hrs at 16:00 hrs Will be intimated later Will be intimated to qualified Agencies INR 50,000/- (Fifty Thousand Rupees Only) Postponement of Calendar of events (if any), subsequent notification, changes, amendments and selection/ rejection of proposal shall be intimated only through e-procurement portal and will not be published in newspapers. KSTDC reserves the right to accept or reject any or all the tenders received without assigning any reasons thereof. -Sd/- Managing Director, And Tender Inviting Authority Karnataka State Tourism Development Corporation, 4 P a g e

5 2. INFORMATION TO AGENCIES 2.1. INTRODUCTION The Client named in the Data Sheet will select a firm among those participating in RFP in accordance with the method of selection indicated in the Data Sheet The Agencies are invited to submit a Technical Proposal and a Financial Proposal, as specified in the Data Sheet (the Proposal) for Airport Taxi Management System implementation services as required for the Assignment named in the Data Sheet. The Proposal will be the basis for contract negotiations and ultimately for a signing contract with the selected Agency The Assignment shall be implemented in accordance with the phasing indicated in the Data Sheet. When the Assignment includes several phases, the performance of the Agency under each phase must be up to the Client s satisfaction before work begins on the next phase The Agencies must familiarize themselves with local conditions and take them into account while preparing their Proposals. To obtain first-hand information on the Assignment and on the local conditions, Agencies are encouraged to visit to the Client office before submitting a Proposal, and attending a pre-proposal conference as specified in the Data Sheet. Attending the preproposal conference is optional. The Agency s representative should contact the officials named in the Data Sheet to obtain additional information on the pre-proposal conference The Client will provide the inputs specified in the Data Sheet, assist the firm in obtaining licenses and permits needed to carry out the services, and make available relevant project data and reports Please note that (i) the costs of preparing the proposal and of negotiating the contract, including a visit to the Client Office are not reimbursable as a direct cost of the Assignment; and (ii) the Client is not bound to accept any of the Proposals submitted Government of Karnataka (GOK) expects Agencies to provide professional, objective, and impartial advice and at all times hold the Client s interests paramount, without any consideration for future work, and strictly avoid conflicts with other assignments or their own corporate interests. Agencies shall not be hired for any assignment that would be in conflict with their prior or current obligations to other Clients, or that may place them in a position of not being able to carry out the assignment in the best interest of the Client Without limitation on the generality of this rule, Agencies shall not be hired under the circumstances set forth below: (a) A firm which has been engaged by the Client to provide goods or works for a project, and any of their affiliates, shall be disqualified from providing consulting services for the same project. Conversely, firms hired to provide consulting services for the preparation or implementation of a project, and any of their affiliates, shall be disqualified from subsequently 5 P a g e

6 providing goods or works or services related to the initial assignment (other than a continuation of the firm s earlier consulting services) for the same project. (b) Agencies or any of their affiliates shall not be hired for any assignment which, by its nature, may be in conflict with another assignment of the Agencies As pointed out in para (a) above, Agencies may be hired for downstream work, when continuity is essential, in which case this possibility shall be indicated in the Data Sheet and the factors used for the selection of the Agency should take the likelihood of continuation into account. It will be the exclusive decision of the Client whether or not to have the downstream assignment carried out, and if it is carried out, which Agency will be hired for the purpose It is GOK s policy to require that Agencies observe the highest standard of ethics during the execution of such contracts. In pursuance of this policy, the GOK: (a) Defines, for the purposes of this provision, the terms set forth below as follows: i. corrupt practice means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official in the selection process or in contract execution; and ii. fraudulent practice means a misrepresentation of facts in order to influence a selection process or the execution of a contract to the detriment of GOK, and includes collusive practices among Agencies (prior to or after submission of proposals) designed to establish prices at artificial, noncompetitive levels and to deprive GOK of the benefits of free and open competition. (b) Will reject a proposal for award if it determines that the firm recommended for award has engaged in corrupt or fraudulent activities in competing for the contract in question; (c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded GOK-financed contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a GOK-financed contract; and (d) Will have the right to require that, GOK to inspect Agency s accounts and records relating to the performance of the contract and to have them audited by auditors appointed by GOK CLARIFICATION AND AMENDMENT OF RFP DOCUMENTS Agencies may request a clarification of any item of the RFP document up to the number of days indicated in the Data Sheet before the Pre-Proposal conference date. Any request for clarification must be sent in writing by electronic mail / e-procurement/ post to the Client s address indicated in the Data Sheet. The Client will respond to such requests and will upload the copies of the response (Including an explanation of the query but without identifying the source of inquiry) on e-procurement portal only At any time before the submission of Proposals, the Client may, for any reason, whether at its own initiative or in response to a clarification requested by an invited firm, modify the RFP documents by amendment. Any amendment shall be issued in writing through addenda. 6 P a g e

7 Addenda shall be posted on e-procurement portal only and will be binding on Agencies. The Client may at its discretion extend the deadline for the submission of Proposals Client reserves the right not to respond to any questions or provide any clarifications, in its sole discretion, and nothing in this Clause 2.2 shall be construed as obliging client to respond to any question or to provide any clarification 2.3. PREPARATION OF PROPOSAL Agencies are requested to submit a Proposal (para 2.1.2) written in the language(s) specified in the Data Sheet In preparing the Technical Proposal, Agencies are expected to examine the documents comprising this RFP in detail. Material deficiencies in providing the information in e-procurement portal may result in rejection of a Proposal While preparing the Technical Proposal, Agencies must give particular attention to the following: (a) For assignments on a staff-time basis, the estimated number of key professional staff-months is given in the Data Sheet. The proposal shall, however, be based on the number of key professional staff-months estimated by the firm along with sub key and support staff, surveys and investigations required to be carried for a project. (b) It is desirable that the majority of the key professional staff proposed shall be permanent employees of the firm or have an extended and stable working relation with the firm. (c) Proposed key professional staff must have the minimum qualification and experience indicated in the Data Sheet. (d) Alternative key professional staff shall not be proposed, and only one curriculum vitae (CV) may be submitted for each position. (e) Reports to be issued by the Agencies as part of this assignment must be in the language(s) specified in the Data Sheet. It is desirable that the firm s personnel have a working knowledge of the Client s official language The Technical Proposal should provide the following information using the attached Standard Forms (Section 3): (a) A brief description of the Agency s organization and an outline of recent experience on assignments (Section 3.2) of a similar nature. For each assignment, the outline should indicate, inter alia, the profiles and names of the staff provided, duration of the assignment, contract amount, and firm s involvement. (b) Any comments or suggestions on the Terms of Reference and on the data, a list of services, and facilities to be provided by the Client (Section 3.3). (c) A description of the methodology and work plan for performing the assignment (Section 3.4). 7 P a g e

8 (d) A detailed description of the proposed methodology, staffing, and monitoring of training, if the Data Sheet specifies training as a major component of the assignment. (e) Any additional information requested in the Data Sheet The Technical Proposal shall not include any financial information other than that is specified in the Data Sheet. Financial Proposal The Agency should quote their total price offer in e-procurement portal for all the services sought by the department in the Terms of Reference, including the GST. Department will pay the GST as per the prevailing rates. The breakup of cost shall be uploaded in the financial bid for all items of the RFP. Agency shall express the price of their services in Indian Rupees The Data Sheet indicates how long the proposals must remain valid after the submission date. During this period, the Agency is expected to keep available the key professional staff proposed for the assignment. The Client will make its best effort to complete negotiations within this period. If the Client wishes to extend the validity period of the proposals, the Agencies who do not agree have the right not to extend the validity of their proposals SUBMISSION, RECEIPT AND OPENING OF PROPOSALS Interested bidders shall login to and follow the procedures and guideline given there or call the e-proc help desk to get themselves registered in the portal. Upon registration, the bidders can login and participate in the tender Downloading of tender documents, submission of proposal all will be through Government of Karnataka e-procurement website under login for Agencies. Agencies must get themselves registered, acquainted and trained on the procedure of participating in e-procurement EARNEST MONEY DEPOSIT The Agencies are requested to submit Earnest Money Deposit (EMD) as indicated in the e- Procurement portal along with the Technical Bid The Agency can pay the EMD in the e-procurement portal using any of the following payment modes: Credit Card Direct Debit National Electronic Fund Transfer (NEFT) The supplier/agency s bid will be evaluated only on confirmation of receipt of the payment of EMD in the Government of Karnataka central pooling account held at designated Bank. EMD 8 P a g e

9 amount will have to be submitted by the supplier/agency taking into account the following conditions: (a) EMD will be accepted only in the form of electronic cash (and not through Demand Draft or Bank Guarantee) and will be maintained in the Government s central pooling account at designated Bank until the contract is closed. (b) The entire EMD amount for a particular tender has to be paid in a single transaction. It is the responsibility of Agencies to ensure that payment through NEFT reaches Payment to Government of Karnataka's designated Bank before Bid submission date and time, through online payment. * For the details on e-payment services refer to e-procurement portal for more details on the process The original Proposal (Technical Proposal and Financial Proposal; see para 2.1.2) shall be prepared as per RFP document An authorized representative of the Agency shall digitally sign the Proposal in e-procurement. The representative s authorization is confirmed by a written power of attorney accompanying the Proposal The Agency shall submit the bids separately i.e., Technical and Financial electronically online in Government of Karnataka e-procurement portal Agency has all the time to modify and correct or upload any relevant document in the portal before submission on e-procurement portal The last date and time including hours, minutes and seconds for submission will be mentioned in the portal, the bid will disappear automatically immediately after the time of submission is elapsed After the deadline for submission of proposals, the Technical Proposal shall be opened by the evaluation committee and evaluation will be done. The bidders who are technically qualified will be intimated through e-procurement portal only and the Financial Proposal of qualified bidders will be opened in presence of the bidders who choose to attend REFUND OF EMD Based on the instructions of Tender Accepting Authority (TAA) the EMD amount of the unsuccessful Agencies will be refunded to the respective Bank accounts of the supplier/agency registered in the e-procurement system The earnest money deposit of unsuccessful Agency will be returned after the award of proposal to the successful Agency. 9 P a g e

10 The earnest money deposit of the successful Agency will be discharged when the Agency has furnished the required Performance Security and signed the Agreement The earnest money deposit may be forfeited: (a) if the Agency withdraws the proposal after deadline for submission of proposals, during the period of proposal validity; (b) if the Agency does not accept the correction of the contract Price, pursuant to Clause 2.5.7; or (c) In the case of a successful Agency, if the Agency fails within the specified time limit to: (i) Furnish the required Security deposit; or (ii) Sign the Agreement. (d) In case of Agency submitting fake documents such as Annual financial turn over, work done certificate etc., relevant to the proposal PROPOSAL EVALUATION From the time the Proposals are opened to the time the Contract is awarded, if any Agency wishes to contact the Client on any matter related to its Proposal, it shall do so in writing at the Address indicated in the Data Sheet. Any effort by the Firm to influence the Client in the Client s Proposal Evaluation, Proposal Comparison or Contract Award Decisions may result in the Rejection of the Agency s proposal Evaluators of Technical Proposal shall have no access to the Financial Proposal until the Technical Evaluation, including its Approval by the Competent Authority is obtained The Evaluation Committee appointed by the Client as a whole and each of its Members individually evaluates the Proposals on the basis of their responsiveness to the Terms of Reference, applying the Eligibility and Evaluation Criteria, Sub Criteria and Point System specified in the Data Sheet. Each Responsive Proposal shall be given a Technical Score (St). A Proposal shall be rejected at this stage if it does not respond to Important Aspects of the Terms of Reference or if it fails to achieve the minimum Technical Score indicated in the Data Sheet. The Technical bids of only the firms satisfying the following criteria will be evaluated: # Parameters Requirement description Supporting evidence # required 1. Incorporation of Company incorporation the firm. Legal Entity certificate/ registration 2. Implementation of proposed Taxi (Fleet) Management System And Mobile Application The Agency should be a company registered in India under the Indian Companies Act, 1956 with a registered office and operations in India. The Agency should have experience of implementing the Taxi (Fleet) Management System And Mobile Application for a fleet size of not less than 1000 taxis within India or abroad with project value not less than INR 25 lakhs within the past three years. certificate as per Indian Companies Act, 1956 shall be submitted. Work Order / Project completion certificate from the client indicating functionalities 10 P a g e

11 # Parameters Requirement description Supporting evidence # required 3. Experience of the Bidder 4. Turn Over from IT/ ITeS 5. GST and PAN Registration 6. Declaration of not being Blacklisted 7. Power of attorney / Board resolution The bidder should have been in the Software Application Development & Mobile Application Development Business for the past 3 years. The Agency should have an average Turn Over of INR 50 Lakhs during the last 3 Financial Years (FY , , ) from IT/ ITeS. The bidder must have valid GST Registration and PAN with the government. The bidder shall not be under a Declaration of Ineligibility for corrupt or fraudulent practices or blacklisted by any State or Central Government or any State or Central PSU in India. A power of attorney / Board resolution in the name of the person signing the bid. Supporting document to be enclosed. Copy of Audited Profit and Loss statement of the company duly certified by Statutory auditor/ certificate from the Statutory Auditor clearly stating Turn Over Details for the respective three Financial Years. Copy of the GST Registration Certificate and PAN registration certificate. As per Form A Power of attorney/ Board resolution copy. 8. Quality of Service Delivery 9. Local presence in Bengaluru 10 OEM Authorization The agency providing the application development/ customization, deployment, and maintenance as described in the scope of work, should have an active SEI CMMI level 3 or above certification as on date of submission of bid The bidder should have a local presence in Bengaluru and should be offering local support services in Bengaluru. The bidder should provide the Tender specific authorization certificate from OEM (MAF) wherever required. Certificate issued by CMMI Institute or Declaration as per Form D a) Rent Agreement in the name of the Company b) Resource deployment details with Client contact information. MAF to be enclosed 2.6. NEGOTIATIONS Negotiations will be held at the address indicated in the Data Sheet. The aim is to reach agreement on all points and sign a contract. 11 P a g e

12 Negotiations will include a discussion of the Technical Proposal, the proposed methodology (work plan), staffing and any suggestions made by the firm to improve the Terms of Reference. The Client and Agency will then work out final Terms of Reference, staffing, and bar charts indicating activities, staff, periods in the field and in the home office, staff-months, logistics, and reporting. The agreed work plan and final Terms of Reference will then be incorporated in the Description of Services and form part of the contract. Special attention will be paid to getting the most the Agency can offer within the available budget and to clearly defining the inputs required from the Client to ensure satisfactory implementation of the Assignment Unless there are exceptional reasons, the financial negotiations will involve neither the remuneration rates for staff (no breakdown of fees) nor other proposed unit rates Having selected the Agency on the basis of, among other things, an evaluation of proposed key professional staff, the Client expects to negotiate a contract on the basis of the experts named in the Proposal. Before contract negotiations, the Client will require assurances that the experts will be actually available. The Client will not consider substitutions during contract negotiations unless both parties agree that undue delay in the selection process makes such substitution unavoidable or that such changes are critical to meet the objectives of the assignment. If this is not the case and if it is established that key staff was offered in the proposal without confirming their availability, the Agency may be disqualified The negotiations will conclude with a review of the draft form of the contract. To complete negotiations the Client and the Agency will initial the agreed contract AWARD OF CONTRACT The contract will be awarded following negotiations. The Agencies whose offer has been accepted will be notified by the Client prior to expiration of the validity of proposal by, a letter (hereinafter called the "Letter of Acceptance"). After notifying the successful Agency, the Client will promptly notify other Agencies that they were unsuccessful through e-procurement portal only The Agency is expected to commence the Assignment on the date and at the location specified in the Data Sheet Notwithstanding Clause the Client reserves the right to accept or reject any proposal and to cancel the tender process and reject all proposals, at any time prior to the award of Contract, without thereby incurring any liability to the affected Agencies or any obligation to inform the affected Agencies or Agencies of the grounds for the Clients action PERFORMANCE SECURITY Within 14 days of receipt of the Letter of Acceptance, the successful Agency shall deliver to the Client a Security deposit in any of the forms given below for an amount equivalent to INR 1,00,000 (One Lakh Rupees Only) (a) Banker s cheque /Demand draft,/pay Order in favor of The Managing Director, Karnataka State Tourism Development Corporation, Government of Karnataka. 12 P a g e

13 (b) A bank guarantee in the form given in Appendix F; or Performance Security shall be provided to the Client not later than the date specified in the Letter of Acceptance and shall be issued in an amount and form and type of instrument acceptable to the Client. The Security deposit shall be valid until a date 90 days from the date of expiry of contract period The Performance Security shall be furnished from any Nationalized Banks/ Scheduled Commercial Banks approved by Reserve Bank of India DISCLOSURE REGARDING EVALUATION PROCESS Information related to Evaluation of Proposals and Recommendations concerning Awards shall not be disclosed to the Agency who submitted the Proposals or to other Persons not officially concerned with the Process, until the successful Agency has been notified that it has been awarded the Contract DATA SHEET No Section Title Details Name of the Client Karnataka State Tourism Development Corporation (KSTDC) Ground Floor, BMTC Yeshwantpur TTMC (Bus Stand), Yeshwanthpur Circle Bengaluru , Karnataka Tel: Method of Selection Quality and Cost Based Selection (QCBS) A technical and Financial Proposal are requested Yes Name of the Project Supply, Implementation, Maintenance of Airport Taxi Management System And Mobile Objective of the project RFP for Selection of Agency for Supply, Implementation, Maintenance of Airport Taxi Management System And Mobile Application on SaaS Model that works seamlessly Description of the Project Please refer Section V Terms of Reference The Assignment is phased No A pre-proposal No conference will be held Pre proposal conference time & date Not Applicable 13 P a g e

14 No Section Title Details A pre-proposal conference venue Not Applicable The Client envisages the need for continuity for downstream work: Yes Clauses on fraud and Corruption Sub-Clause 2.7.1(d) of General Conditions of Contract (a) Clarifications Clarifications may be requested up to hours The address for requesting clarifications is: Language of Proposal 15 Agency may associate with other Agency (Consortium) Managing Director Karnataka State Tourism Development Corporation (KSTDC) Ground Floor, BMTC Yeshwantpur TTMC (Bus Stand), Yeshwantpur Circle Bengaluru , Karnataka Tel: info@kstdc.co English No (vi) Reports which are part of the assignment must be written in the following language English Training is an important feature of (vii) this Assignment (ix) Additional Information in the Technical Proposal includes The estimated number of Key Professional Staff Months required for the assignment Yes Nil Based on the Scope of Work, the Agency shall form a multi-disciplinary team (the Agency Team ) for undertaking this assignment (iv) The minimum qualification and experience required for the proposed key and sub key professional staff is: As per manning schedule in Terms of Reference and scope of Agency Validity of Proposals 90 days Commencement of the 7 days from date of Signing of the Contract Assignment 14 P a g e

15 No Section Title Details Last Date and time for submission of proposal The address to send information to the Client is: As notified in the Government of Karnataka e- Procurement portal Karnataka State Tourism Development Corporation (KSTDC) Ground Floor, BMTC Yeshwantpur TTMC (Bus Stand), Yeshwantpur Circle Bengaluru , Karnataka Tel: Location for At Clients Office Negotiations 26 - EMD INR 50,000/- (Fifty Thousand Rupees Only) Performance Security INR 1,00,000/- (One Lakh Rupees Only) Evaluation Criteria for Technical Proposal The Details are provided in the table below Duration of the contract 1 year (12 months) extendable for further period of 4 years on Year-on-year basis Evaluation criteria for Technical Proposal The Agency will be evaluated based on the below mentioned parameters. The weightage provided to each of the parameters are as provided below, # Parameter/ Criteria Marks 1 Relevant Experience of the firm/ relevant project credentials 45 marks 2 Approach and Methodology 55 marks Total 100 marks # Criteria Evaluation Parameters Maximum marks Documents to be submitted (a) (b) (c) (d) (e) The bidder should have 3 projects of minimum completed / Substantially value INR 30 Lakhs (or) Completion Completed the projects in 2 Projects of minimum travel industry within India or value INR 40 Lakhs (or) Certificate from the client/ Substantially abroad during the past 5 years 1 project of minimum completed * 3 Projects with Value INR 30 value 50 Lakhs 15 certificate (for 1. lakhs Marks 25 ongoing projects) 15 P a g e

16 2. 2 Projects with value INR 40 lakhs 1 Project with Value INR 50 Lakhs The Bidder should have experience of implementing the Taxi (Fleet) Management System And Mobile Application for a fleet size of not less than 1000 taxis within India or abroad with project value not less than INR 25 lakhs. The solution should have GPS Monitoring, Taxi Booking and Driver Module The completion certificate should have been issued within past 5 years, preceding the date of submission of the RFP. 4 to 5 projects of minimum value INR 30 Lakhs (or) 3 to 4 Projects of minimum value INR 40 Lakhs (or) 2 to 3 projects of minimum value 50 Lakhs 20 Marks Equal or greater than 6 projects of minimum value INR 30 Lakhs (or) Equal or greater than 5 Projects of minimum value INR 40 Lakhs (or) Equal or greater than 4 projects of minimum value 50 Lakhs 25 Marks Fleet size of the Taxi Management System implemented is taxis:- 5 marks Fleet size of the Taxi Management System implemented is taxis:- 5 marks :- 15 marks Fleet size of the Taxi Management System implemented is ,000 taxis:- 20 marks Sub Total 45 5 Meeting Technical Requirement Specifications (TRS) NA from the client shall be submitted Completion Certificate from the client/ Substantially completed * certificate (for ongoing projects) from the client shall be submitted Provided at Section: 6 6 Meeting Functional Requirement Specifications (FRS) NA 15 Provided at Section: P a g e

17 7 Approach & Methodology for Core Implementation and Roll-out [Minimum parameters for evaluation: understanding of the Client s business and issues, understanding of objective of the Project, implementation plan, roll-out plan, training strategy & plan, entry strategy, project plan & resource deployment plan] Live presentation of one of the existing Fleet management solution. 15 The Bidder will be required to make a presentation to the representatives of the Client on this aspect. The proposed Project Manager along with the identified key resources should be present during the presentation. Approach Maintenance Support Methodology Necessary write-up (in not more than 10 pages) [Minimum parameters evaluation: maintenance support strategy plan, 8 resource deployment contingency call logging resolution methodology, maintenance methodology] Sub Total 55 Total Maximum Marks: ( Maximum Technical Score ) In addition, the Bidder will be required to arrange a live demonstration at his own cost at select client site in India for the representatives of the Client. The Agency will be required to make a presentation to the representatives of the client on this aspect. The proposed Project Manager along with the identified key resources should be present during the presentation. Note: 1. Evaluation of responses to Technical Requirement Specifications (TRS) & Functional Requirement Specifications Agency shall respond to the questions under Technical & Functional Requirements as mentioned in Section: 6 & 7 in the form of Yes / No based on which the evaluation would be done by the Agency. Criteria Marks If Bidder replies 90% or above of the total requirements as Yes P a g e

18 If Bidder replies 80% to 90% of the total requirements as Yes 8 If Bidder replies 70% to 80% of the total requirements as Yes 6 If Bidder replies 60% to 70% of the total requirements as Yes 4 If Bidder replies 50% to 60% of the total requirements as Yes 2 If Bidder replies < 50% of the requirement as Yes 0 The Agency is required to submit at least one of the following supporting documents for each of the projects quoted for evaluation. Work orders from the Client Completion certificates from the Client (a) Overall Evaluation Criteria for the Proposal The Agency must achieve a minimum of 70% marks overall, for it to be eligible for opening of Financial Proposal. The weightage given to Technical Evaluation for bid evaluation is 70%.The weightage given to Financial Proposal for bid evaluations is 30%. The lowest Financial Proposal (Fm) will be given a financial score (Sf) of 100 points. The financial scores (Sf) of the other Financial Proposals will be computed as Sf=100xFm/F in which Sf is the financial score, Fm is the lowest price offer and F is the price offer of the proposal under consideration. Proposals will be ranked according to their combined Technical (St) and Financial (Sf) scores using the weights (T=0.70 and P=0.30) S=St * T + Sf * P. The Agency securing the highest combined technical and financial score will be invited for negotiations. The Financial proposal shall be cumulative for all three projects together with also a breakdown for each project. 18 P a g e

19 3. TECHNICAL PROPOSAL - STANDARD FORMS 3.1. TECHNICAL PROPOSAL SUBMISSION FORM [Location, Date] From: (Name of Agency) To: The Managing Director, Karnataka State Tourism Development Corporation (KSTDC), Ground Floor, BMTC Yeshwanthpur TTMC (Bus Stand), Yeshwanthpur Circle Bengaluru , Karnataka Dear Sir, Subject: Supply, Implementation, Maintenance of Airport Taxi Management System and Mobile We, the undersigned, offer to provide the Airport Taxi Management System And Mobile Application Implementation Services for the above in accordance with your Request for Proposal dated [Date], l. We are hereby submitting our Proposal which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope. We hereby undertake as follows: 1. All information provided in the Proposal and in the Appendices is true and correct and all documents accompanying such Proposal are true copies of their respective originals. 2. I/We shall make available to KSTDC any additional information it may deem necessary or require for supplementing or authenticating the Proposal. 3. I/We certify that in the last three years, we or any of our Associate have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder, nor been expelled from any project or contract by any public authority nor have had any contract terminated by any public authority for breach on our part. 4. I/We have examined and have no reservations to the RFP Documents, including any Addendum issued by KSTDC. 5. I/We do not have any conflict of interest in accordance with Clause of the RFP Document; 6. I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, 19 P a g e

20 as defined in Clause of the RFP document, in respect of any tender or request for proposal issued by or any Contract entered into with KSTDC or any other public sector enterprise or any government, Central or State; and 7. The Proposal is unconditional and unqualified 8. I/We agree to keep this offer valid for 30 (Thirty) days from the Proposal Due Date specified in the RFP. 9. I/We understand that you may cancel the Selection Process at any time and that you are neither bound to accept any Proposal that you may receive nor to select the Agency, without incurring any liability to the Bidders in accordance with Clause of the RFP document. If negotiations are held during the period of validity of the proposal, i.e., before [Date] we undertake to negotiate on the basis of the proposed staff. Our proposal is binding upon us and subject to the modifications resulting from contract negotiations. We understand you are not bound to accept any proposal you receive. Yours sincerely, Authorized Signature: Name and Title of Signatory: Name of Agency: Address: 20 P a g e

21 3.2. AGENCY/ FIRM S REFERENCES Relevant Services carried out in the last five (5) years that best illustrate Qualifications Using the format below, provide information on each reference assignment for which your Firm/ Entity, either as a single firm as a corporate entity or as one of the major companies within an association, was legally contracted. Assignment Name: Country: Location within Country: Key professional staff provided by your Firm/entity(profiles): Name and address of Client: No. of Staff: Address: Start Date (Month/Year): Completion Date (Month/Year): Name of Associated Agency, if any: No. of Staff-Months; duration of assignment: Approx. Value of Services (Rs.): No. of Months of Key professional staff, provided by Associated Agencies: Name of Senior Staff (Project Director/ Coordinator, Team Leader) involved and functions performed: Narrative Description of Project: Description of actual services provided by your staff: Agency Name: 21 P a g e

22 3.3. COMMENTS AND SUGGESTIONS OF AGENCY On the Terms of Reference: On the Data, Services, and Facilities to be provided by the Client Agency s Name: 22 P a g e

23 3.4. DESCRIPTION OF THE OBJECTIVES AGENCY S NAME: Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal divided into the following two chapters: Technical Approach and Methodology, and Work Plan. Both the Technical Approach & Methodology and Work Plan should be submitted in Power point Presentation Format. The same should be presented to the Bid Evaluation committee as and when informed. a. Technical Approach & Methodology - Understanding of the objectives of the Assignment/job, approach to the Assignment/job, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. Agency should highlight the problems being addressed and their importance, and explain the technical approach the Agency would adopt to address them. Agency should also explain the methodologies they propose to adopt and highlight the compatibility of those methodologies with the proposed approach. b. Work Plan: The Agency should propose and justify the main activities of the Assignment/job, their content and duration, phasing and interrelations, milestones (including interim approvals by the Employer), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the Terms Of Reference(TOR) and ability to translate them into a feasible working plan. 23 P a g e

24 3.5. TEAM COMPOSITION AND TASK ASSIGNMENTS Not Applicable to this RFP 24 P a g e

25 3.6. POWER OF ATTORNEY OF AUTHORIZED SIGNATORY FORMAT Know all men by these presents, we.. (name of the firm and address of the registered office) do hereby irrevocably constitute, nominate, appoint and authorize Mr./ Ms. (name), son/daughter/wife of and presently residing at., who is presently employed with us and holding the position of., as our true and lawful attorney (hereinafter referred to as the Authorized Signatory ) to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our application for pre-qualification and submission of our bid for Selection of Agency for Supply, Implementation, Maintenance of Airport Taxi Management System And Mobile Application on SaaS Model at KSTDC proposed or being hosted by the Managing Director, KSTDC, (the Employer ) including but not limited to signing and submission of all applications, bids and other documents and writings, participate in Pre-Proposal Conference and other meetings and providing information/ responses to the Employer, representing us in all matters before the Employer, signing and execution of all contracts and undertakings consequent to acceptance of our bid, and generally dealing with the Employer in all matters in connection with or relating to or arising out of our bid for the said Project and/ or upon award thereof to us AND we hereby agree to ratify and confirm all acts, deeds and things done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Authorized Signatory in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us. IN WITNESS WHEREOF WE,., THE ABOVE NAMED IN PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS DAY OF., in line with the following points The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executants(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure. Wherever required, the Applicant should submit for verification the extract of the charter documents and documents such as a board or shareholders resolution/ power of attorney in favor of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Applicant. For.. (Signature, name, designation and address) Witnesses: (Notarized) Accepted (Signature) (Name, Title and Address of the Authorized Signatory) (* To be executed on appropriate non-judicial stamp paper) 25 P a g e

26 3.7. FINANCIAL CAPACITY OF THE BIDDER (On the Letterhead of the Independent Auditor / Statutory Auditor) Financial Capacity of the Bidder SL No Financial Year Turnover (in INR.) Certificate from Chartered Accountant This is to certify that... (Name of the Bidder) has a turnover in the last three financial years as shown in the table above from IT/ ITeS (Signature, name and membership no. of auditor) Name of the audit firm: Seal of the audit firm : Date: Firm Registration No.: 26 P a g e

27 4. FINANCIAL PROPOSAL - STANDARD FORMS 4.1. FINANCIAL PROPOSAL SUBMISSION FORM *Note: In case e-procurement portal does not give option to upload financial proposal forms as per the tender document, the bidders are advised to submit only the 100% of Total Price to be collected directly from the Taxi Driver by the bidder inclusive of all taxes [Location, Date] From: (Name of Agency) To: The Managing Director, Karnataka State Tourism Development Corporation (KSTDC), Ground Floor, BMTC Yeshwantpur TTMC (Bus Stand), Yeshwantpur Circle Bengaluru , Karnataka Dear Sir, Subject: Supply, Implementation, Maintenance of Airport Taxi Management System and Mobile We, the undersigned, offer to provide Airport Taxi Management System And Mobile Application Implementation Services for the above in accordance with your Request for Proposal dated [Date], and our Proposal (Technical and Financial Proposals). Our attached Financial Proposal is for the sum of [Amount in Words and Figures] (including taxes). Our Financial Proposal shall be binding upon us subject to the Modifications resulting from Contract Negotiations, up to expiration of the Validity Period of the Proposal, i.e., [Date]. We undertake that, in competing for (and, if the award to us, in executing) the above Contract, we will strictly observe the Laws against Fraud and Corruption in force in India namely Prevention of Corruption Act We understand you are not bound to accept any proposal you receive. Yours sincerely, Authorized Signature: Name and Title of Signatory: Name of Agency: Address: 27 P a g e

28 5. TERMS OF REFERENCE 5.1. ABOUT KARNATAKA STATE TOURISM DEVELOPMENT CORPORATION (KSTDC) Karnataka State Tourism Development Corporation Limited (KSTDC) was incorporated on 1971 as a Company wholly owned by the Government of Karnataka. KSTDC is providing accommodation and transport facilities to the domestic and international tourists. For the purpose of providing accommodation catering and pleasure boating facilities the Corporation is operating Mayura Chain of 18 Hotels, 5 restaurants and 2 boat club in important tourist destinations. KSTDC is also operating tour packages and safari services with the help of its own fleet strength of 52 vehicles comprising of Luxury Buses, Mini Buses and Volvo buses. KSTDC operates such tours to various tourist destinations from ½ day tour to 30 days package trips. KSTDC also provides vehicles on contract basis to the larger groups and student communities. KSTDC is also undertaking to provide facilities like accommodation and transportation to large conferences and events within the state and outside the state. Transport tour facilities are being operated from Bengaluru, Mysuru, Hospet and Mangaluru. Currently, KSTDC is operating postpaid airport taxi service at BIAL with a fleet of 500 AC taxis and 100 non-ac taxies OBJECTIVES OF THE RFP KSTDC intends to employ a fleet management system by leveraging ICT to streamline and improve the functioning of Airport Taxis in order to bring efficiency, transparency, and accountability. It is envisaged to transform the corporation s commitment to efficient customer centric organization, by providing cost effective services and enhance governance through improved access to accurate information, transparent and responsive institution. In this regard, KSTDC proposes to implement a highly efficient Airport Taxi Management System which not only enhance the user experience in availing the KSTDC's Airport Taxi services, but also enable KSTDC in effectively manage the fleet. The broad objective of this project includes Increase Airport Taxi operational efficiency by providing timely, accurate and consistent Mobile Application Services Real Time monitoring of the taxi fleet Enhance Taxi Customer's experience Automate the fare calculation and Bill generation by allowing greater financial control Promote customer centric administration by making all the activities right from booking till billing, accurate, customer friendly and convenient. Reduce delays and ensure promptness in delivery of services to customers through integrated processes Strengthen the KSTDC Airport Taxi fleet through tracking and real time monitoring Improve service delivery to Customers 28 P a g e

29 Check unfair practices and facilitate proactive decision making, ensure high degree of statutory compliance and achieve transparent operations. Generating intelligence reports to provision resources in a better manner Better grievance redress mechanism Provide more business through Mobile App and Call Centre services 5.3. SCOPE OF SERVICES DEVELOPMENT & IMPLEMENTATION OF SAAS MOBILE APPLICATION. The Agency will have to carry out Development & Customization of SaaS Mobile Application as per the overall architecture design approved by KSTDC. The proposed system must be service oriented as its fundamental design principle. This is to facilitate scalability and rearrangement of modular functionality to easily adapt to the existing processes. This would also enable change of functionality in specific modules/ services if required, without impacting other service components. The architecture of the chosen solution must employ a fault tolerant design with enough redundancy to prevent data loss due to hardware failures or network outages. The detailed design and working of the system on component level must be submitted as part of technical bid. KSTDC Airport Fleet Management Portal Application Server Database Backup Archive GPRS Data N/W - Load balanced servers - Asynchronous processing - Diagnostics - Data services - reporting services - analytics engine Internet Web Server Rider s & Driver s Mobile Phones Dashboard & Reporting Tools The proposed system must employ mobile apps technologies in a way that enables offline usage while making the taxi bookings. 29 P a g e

KARNATAKA URBAN WATER SUPPLY AND DRAINAGE BOARD, BANGALORE

KARNATAKA URBAN WATER SUPPLY AND DRAINAGE BOARD, BANGALORE Page 1 of 47 KARNATAKA URBAN WATER SUPPLY AND DRAINAGE BOARD, BANGALORE REQUEST FOR PROPOSALS (RFP NO. ) FOR THE CONSULTANCY ASSIGNMENT Appointment of chartered accountant for maintenance of accounts through

More information

Selection of Consultants

Selection of Consultants STANDARD REQUEST FOR PROPOSALS Selection of Consultants including Standard and Sample Contracts for Consultants Services: Complex Time-Based Assignments Consultants Services: Lump-Sum Remuneration and

More information

REQUEST FOR PROPOSAL (e-procurement mode only)

REQUEST FOR PROPOSAL (e-procurement mode only) GOVERNMENT OF KARNATAKA DEVELOPMENT OF BENGALURU SIGNATURE BUSINESS PARK ADJACENT TO KEMPEGOWDA INTERNATIONAL AIRPORT AT DEVENAHALLI, BENGALURU REQUEST FOR PROPOSAL (e-procurement mode only) PROJECT CONSULTANCY

More information

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS CONSULTANTS SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS SELECTION OF CONSULTANTS Japan International Cooperation Agency (JICA) September 2009 version 1.0 CONTENTS Preface... i Section 1. Letter

More information

REQUEST FOR PROPOSAL. For

REQUEST FOR PROPOSAL. For REQUEST FOR PROPOSAL For APPOINTMENT OF CONSULTANT FOR PROJECT MANAGEMENT UNIT (PMU) FOR MADHYA PRADESH HOUSING AND INFRASTRUCTURE DEVELOPMENT BOARD AT BHOPAL MADHYA PRADESH HOUSING AND INFRASTRUCTURE

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL FOR APPOINTMENT OF CONSULTANT FOR PREPARATION OF DETAILED PROJECT REPORT FOR MIXED USE PROJECT AT SURYA NAGAR LAXMAN GHAR, BARETH GWALIOR (M. P.) MADHYA PRADESH HOUSING AND INFRASTRUCTURE

More information

REPUBLIC OF KENYA OFFICE OF THE ATTORNEY GENERAL AND DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS

REPUBLIC OF KENYA OFFICE OF THE ATTORNEY GENERAL AND DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS REPUBLIC OF KENYA OFFICE OF THE ATTORNEY GENERAL AND DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS CONSULTANCY SERVICES TO SUPPORT OAG & DOJ TO BE ISO 9001:2015 AND ISO/IEC 27001:2103 CERTIFIED TENDER NO.

More information

Procurement of Consultancy Services

Procurement of Consultancy Services STANDARD REQUEST FOR PROPOSALS Procurement of Consultancy Services Advertising Campaign & PR Services RFP # PUBED/07/16 iii CONTENTS Preface... v Section 1. Letter of Invitation... 3 Section 2. Instructions

More information

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL Household Baseline Survey, Bartica, Guyana Contract #29/2017/ Italian Government /CCCCC October

More information

GOVERNMENT OF KARNATAKA INDIA DEVELOPMENT OF BENGALURU INTERNATIONAL CONVENTION CENTRE

GOVERNMENT OF KARNATAKA INDIA DEVELOPMENT OF BENGALURU INTERNATIONAL CONVENTION CENTRE GOVERNMENT OF KARNATAKA INDIA DEVELOPMENT OF BENGALURU INTERNATIONAL CONVENTION CENTRE REQUEST FOR PROPOSAL FOR CONSULTANCY SERVICES FOR CONCEPT DESIGN & PROJECT MANAGEMENT Karnataka State Industrial &

More information

REQUEST FOR PROPOSALS FOR HIRING OF CHARTERED ACCOUNTANT FIRM FOR INTERNAL AUDIT OF HUBLI-DHARWD BRTS COMPANY LIMITED

REQUEST FOR PROPOSALS FOR HIRING OF CHARTERED ACCOUNTANT FIRM FOR INTERNAL AUDIT OF HUBLI-DHARWD BRTS COMPANY LIMITED REQUEST FOR PROPOSALS FOR HIRING OF CHARTERED ACCOUNTANT FIRM FOR INTERNAL AUDIT OF HUBLI-DHARWAD BRTS COMPANY LIMITED HDBRTSCO/ADMIN/CA/PROC/2015-16/2016 28 th MARCH 2016 HUBLI-DHARWD BRTS COMPANY LIMITED

More information

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION MAHARASHTRA ELECTRICITY REGULATORY COMMISSION REQUEST FOR PROPOSAL E-TENDER FOR EMPANELMENT OF SUPPLIER - FOR SUPPLY OF STATIONERY ITEMS, PRINTING & BINDING WORKS IN MAAHRASHTRA ELECTRICITY REGULATORY

More information

Procurement of Licences of Business Objects BI Platform

Procurement of Licences of Business Objects BI Platform RESERVE BANK OF INDIA Request For Proposal (RFP) For Procurement of Licences of Business Objects BI Platform Date of Issue: January 25, 2016 Department of Statistics and Information Management Reserve

More information

Request for Proposal Procurement of Services

Request for Proposal Procurement of Services Request for Proposal Procurement of Services Bhutan Telecom Limited March 2018 Project Name: Risk Based Internal Audit Manual Development Procuring Agency: Bhutan Telecom Limited Thimphu; Bhutan CONTENTS

More information

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( ) Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy (2009-14) PREQUALIFICATION CUM TENDER NOTICE FOR CONSULTANT FOR AVAILING DUTY CREDIT SCRIP UNDER FOREIGN

More information

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT Ref: P.O./L.P./2018-11180 Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT DESIGNING OF WEB BASED SOFTWARE FOR ADMISSIONS, EVENING PROGRAM, UNIVERSITY OF

More information

GOVERNMENT OF KARNATAKA

GOVERNMENT OF KARNATAKA GOVERNMENT OF KARNATAKA TUMAKURU SMART CITY LIMITED MAHALAKSHMI ARCADE, S.S. PURAM MAIN ROAD, COFFEE BOARD COLONY, TUMAKUR 572102; TELEPHONE: 0816-2278190 TENDERS FOR THE WORK OF CONSTRUCTION OF ADDITIONAL

More information

Standard Request for Proposals Selection of Consultants

Standard Request for Proposals Selection of Consultants STANDARD PROCUREMENT DOCUMENTS Standard Request for Proposals Selection of Consultants Caribbean Development Bank October 2011 Foreword 1. This Standard Request for Proposals ( SRFP ) has been prepared

More information

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO Ref No.: C.A. No. 02/CIDCO/ACP(BP/S/GIS)/2014/Corrigendum-9 Date: 1 st January, 2015 City and Industrial Development

More information

Letter of invitation of bids for appointment of Transaction Advisor for the selection of HSRP Vendor in the State of Madhya Pradesh

Letter of invitation of bids for appointment of Transaction Advisor for the selection of HSRP Vendor in the State of Madhya Pradesh 1 Letter of invitation of bids for appointment of Transaction Advisor for the selection of HSRP Vendor in the State of Madhya Pradesh Table of Contents 1. Letter of invitation.. 3-4 2. Data Sheet.. 5-6

More information

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bangalore

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bangalore BANGALORE INTERNATIONAL AIRPORT LIMITED Administration Block, Kempegowda International Airport, Devanahalli, Bangalore 560 300 INVITATION TO EXPRESSION OF INTEREST Invitation to Expression of Interest

More information

GOVERNMENT OF KARNATAKA

GOVERNMENT OF KARNATAKA GOVERNMENT OF KARNATAKA TUMAKURU SMART CITY LIMITED MAHALAKSHMI ARCADE, S.S. PURAM MAIN ROAD, COFFEE BOARD COLONY, TUMKUR 572102; TELEPHONE: 0816-2278190 TENDERS FOR THE WORK OF CONSTRUCTION OF BARBED

More information

Agriculture Insurance Company of India Ltd., Head. Head Office, New Delhi

Agriculture Insurance Company of India Ltd., Head. Head Office, New Delhi Agriculture Insurance Company of India Ltd. Head Office, New Delhi Tender Document Notice inviting tender for hiring services for Farm Level Loss Assessment of banana plantations with the Use of Mobile

More information

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal UNIVERSITY OF KARACHI KARACHI Ref: P.O./2018-112488 Cost of form Rs. 2,000/= =(Non refundable) BIDDING DOCUMENT EXAMINATIONN TABLES, EXAMINATION CHAIRS, SHAMIANAS, QANATS ETC. ARE REQUIRED ON HIRING BASIS

More information

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) National Competitive Tendering (NCT) VOLUME I Tender Reference:. Issue Date: Day/Month/Year Public Procurement Authority Accra, Ghana

More information

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CHARTERED ACCOUNTANTS/FIRM ON CONTRACT BASIS. Real Estate Regulatory Authority, Karnataka

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CHARTERED ACCOUNTANTS/FIRM ON CONTRACT BASIS. Real Estate Regulatory Authority, Karnataka Real Estate Regulatory Authority, Karnataka No. 1-1/15, 2 ND Floor, Silver Jubilee Block, Unity Building, C.S.I. Compound, 3 rd Cross, Mission Road, Bengaluru-560027 REQUEST FOR PROPOSAL FOR APPOINTMENT

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Tender No. IFCI/S&AD/NSE/2018-19-03 Dated: July 13, 2018 INVITATION OF BIDS / OFFERS FROM MERCHANT BANKERS FOR DISINVESTMENT OF IFCI s SHAREHOLDING IN NATIONAL STOCK EXCHANGE OF INDIA LTD (NSE) REQUEST

More information

STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA

STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA-700 054 E-TENDER NOTICE cum REVERSE AUCTION FOR TENDER NO.SBI/ZO/BID/RBO-VI/2017-18/ET-222

More information

BID-DOCUMENT CONSULTANT - GST FOR THE FINANCIAL YEAR TERMS OF REFERENCE

BID-DOCUMENT CONSULTANT - GST FOR THE FINANCIAL YEAR TERMS OF REFERENCE BID-DOCUMENT CONSULTANT - GST FOR THE FINANCIAL YEAR 2019-20 TERMS OF REFERENCE 1. KRIDL is a Government of Karnataka undertaking registered under Company Act 1956/2013 engaged in Civil Constructions entrusted

More information

Selection of Consultants

Selection of Consultants Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized STANDARD REQUEST FOR PROPOSALS Selection of Consultants The World Bank Washington, D.C.

More information

LOCAL HEAD OFFICE, KOLKATA PREMISES & ESTATE DEPARTMENT SAMRIDDHI BHAVAN, BLOCK B, 9 TH FLOOR, 1, STRAND ROAD, KOLKATA

LOCAL HEAD OFFICE, KOLKATA PREMISES & ESTATE DEPARTMENT SAMRIDDHI BHAVAN, BLOCK B, 9 TH FLOOR, 1, STRAND ROAD, KOLKATA LOCAL HEAD OFFICE, KOLKATA PREMISES & ESTATE DEPARTMENT SAMRIDDHI BHAVAN, BLOCK B, 9 TH FLOOR, 1, STRAND ROAD, KOLKATA 700 001. TENDER-cum-E-REVERSE AUCTION NOTICE FOR TENDER NO. SBI/LHO/KOL/P&E/2017-18/ET-

More information

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

BID DOCUMENTS For. Printing for PEEF Scholarship Forms BID DOCUMENTS For Printing for PEEF Scholarship Forms Punjab Educational Endowment Fund (PEEF), Link Wahdat Road, Lahore. Tel: 042-99260051-54, Ext: 115 1 Table of Contents Invitation of Bids Instructions

More information

Request for Proposal For Renewal of Annual Technical Support (ATS) for Oracle & BEA Weblogic Licences

Request for Proposal For Renewal of Annual Technical Support (ATS) for Oracle & BEA Weblogic Licences Request for Proposal For Renewal of Annual Technical Support (ATS) for Oracle & BEA Weblogic Licences Ref: LIC/CO/IT-BPR/Oracle/Weblogic/Licences/ATS/2017-18 dated 24/03/2017 Life Insurance Corporation

More information

ISSUED BY: SHRI G. C. GAYLONG GENERAL MANAGER & FINANCIAL ADVISOR 2ND FLOOR, SURAKSHA, 170, J. TATA ROAD, CHURCHGATE, MUMBAI

ISSUED BY: SHRI G. C. GAYLONG GENERAL MANAGER & FINANCIAL ADVISOR 2ND FLOOR, SURAKSHA, 170, J. TATA ROAD, CHURCHGATE, MUMBAI REQUEST FOR PROPOSAL FOR APPOINTMENT OF SECRETARIAL AUDITOR FOR FY 2014-15 TO MEET THE COMPLIANCE OF SECRETARIAL AUDIT U/S 204 of the COMPANIES ACT, 2013 FOR GENERAL INSURANCE CORPORATION OF INDIA (A WHOLLY

More information

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE 411007 फ नन.(020)25608242/25608159 फ क सन.(020)25608100 ----------------------------------------------------------------------------------------------

More information

DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTION Ministry of Commerce and Industry, Government of India REQUEST FOR PROPOSAL

DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTION Ministry of Commerce and Industry, Government of India REQUEST FOR PROPOSAL DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTION Ministry of Commerce and Industry, Government of India APPOINTMENT OF CONSULTING AGENCY FOR ASSISTANCE IN EASE OF DOING BUSINESS INITIATIVES FOR STATE LEVEL

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REPÚBLICA DEMOCRÁTICA DE TIMOR-LESTE COMISSAO NACIONAL DE APROVISIONAMENTO Rua dos Direitos Humanos, Dili, Timor Leste REQUEST FOR PROPOSALS CONSULTING SERVICES FOR CONSTRUCTION SUPERVISION FOR THE UPGRADING

More information

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids: NOTICE INVITING BID Sub: Inviting Bids for Appointment of Chartered Accountants for conducting Statutory Audit and other advisory to DSCI for the Financial Year 2018-19. Delhi State Cancer Institute is

More information

for SUPPLY OF HP TONER CARTRIDGE

for SUPPLY OF HP TONER CARTRIDGE SHORT TERM TENDER for SUPPLY OF HP TONER CARTRIDGE Tender no. SPIC/2015/29897/A Date: 24/09/2015 Society for Promotion of Information Technology in Chandigarh ( Under the aegis of Department of Information

More information

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO W - 1 GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) NAME OF WORK : PERIOD OF SALE OF FROM BIDDING DOCUMENT : TO LAST DATE AND TIME FOR RECEIPT

More information

GOVT OF KARNATAKA. (two cover e Procurement)

GOVT OF KARNATAKA. (two cover e Procurement) GOVT OF KARNATAKA Tender Document Tender No: C5(3)Cartridge/ 16/2017-18 Dated: 30-08-2017 Tender Document for the supply of Laser printer Cartridge to office of the Commissioner for Public Instruction,

More information

Ref. No. P&S/F.2/OR/198/ Date:

Ref. No. P&S/F.2/OR/198/ Date: Corporation Bank (A Premier Public Sector Bank) Printing & Stationery Division 8th Cross, Gandhi Nagar, Near Lady Hill Circle Mangaluru 575 003 (Karnataka) Phone: 0824-2453015/ 2454007; FAX: 0824-2456298

More information

DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTION Ministry of Commerce and Industry, Government of India. National Competitive Bidding (NCB) REQUEST FOR

DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTION Ministry of Commerce and Industry, Government of India. National Competitive Bidding (NCB) REQUEST FOR DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTION Ministry of Commerce and Industry, Government of India National Competitive Bidding (NCB) APPOINTMENT OF IT APPLICATION DEVELOPMENTAGENCY for START UP INDIA,

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER Board of School Education Haryana NOTICE INVITING TENDER Sealed tenders are hereby invited from experienced service providers for providing the Signal Silencer / Jammer to block voice/image transmission

More information

RECRUITMENT OF PUBLICRELATION &MEDIA CONSULTANT RFP NO. CPF/RFP/007/2018 FOR RECRUITMENT OF PUBLIC RELATION & MEDIA CONSULTANT

RECRUITMENT OF PUBLICRELATION &MEDIA CONSULTANT RFP NO. CPF/RFP/007/2018 FOR RECRUITMENT OF PUBLIC RELATION & MEDIA CONSULTANT RECRUITMENT OF PUBLICRELATION &MEDIA CONSULTANT RFP NO. CPF/RFP/007/2018 FOR RECRUITMENT OF PUBLIC RELATION & MEDIA CONSULTANT JULY 2018 CONTENTS IMPORTANT NOTICE AND INFORMATION TO BIDDERS... 5 Section

More information

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR Transportation of free textbooks and exercise books from Balbharti godown to block level in Maharashtra

More information

Perform Image Capturing of Answer Books Through Scanning/Other Photo Capturing Mechanism and Their Retrieval

Perform Image Capturing of Answer Books Through Scanning/Other Photo Capturing Mechanism and Their Retrieval Price Rs.2000/- Tender No. TD/SAB/SECRECY/BSEH/2018-2020 Board of School Education Haryana, Bhiwani BID DOCUMENT Perform Image Capturing of Answer Books Through Scanning/Other Photo Capturing Mechanism

More information

EXPRESSION OF INTEREST. for. Bancassurance System

EXPRESSION OF INTEREST. for. Bancassurance System EXPRESSION OF INTEREST for Bancassurance System May 2015 (K-REP Bank reserves the right to cancel this request for EOI and / or invite afresh with or without amendments to this request for EOI, without

More information

Short Term E-tender Notice for Internet Lease Line

Short Term E-tender Notice for Internet Lease Line Price Rs. 1,000/- Short Term E-tender Notice for Internet Lease Line To Secretary, Board of School Education Haryana, Bhiwani - 127021 (Ph.: 01664-243336 FAX : 01664-241611) Page 1 of 11 NOTICE INVITING

More information

Request for Proposal (RFP) For Appointment of Tax Consultancy Firm

Request for Proposal (RFP) For Appointment of Tax Consultancy Firm Request for Proposal (RFP) For Appointment of Tax Consultancy Firm INFRASTRUCTURE DEVELOPMENT AUTHORITY PUNJAB (IDAP) GOVERNMENT OF PUNJAB Ground Floor 7-C-1, Gulberg-III, Lahore Page 1 of 12 Table of

More information

KIDWAI CANCER INSTITUTE.

KIDWAI CANCER INSTITUTE. KIDWAI CANCER INSTITUTE. DR.M.H MARIGOWDA ROAD Bengaluru 560 029 NO-KMIO/FA/TND/AUD/06/2018-19 DATED 03/08/2018 TENDER DOCUMENT FOR INTERNAL AUDIT 1 KIDWAI CANCER INSTITUTE DR. M.H. MARIGOWDA ROAD, BANGALORE

More information

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE (Autonomous Institution of DSIR, Ministry of Science & Technology) 2 nd Floor, Core IV-B,

More information

AFRICAN DEVELOPMENT BANK AFRICAN DEVELOPMENT FUND. STANDARD LETTER OF INVITATION TO CONSULTANTS (Price is a Factor)

AFRICAN DEVELOPMENT BANK AFRICAN DEVELOPMENT FUND. STANDARD LETTER OF INVITATION TO CONSULTANTS (Price is a Factor) AFRICAN DEVELOPMENT BANK AFRICAN DEVELOPMENT FUND STANDARD LETTER OF INVITATION TO CONSULTANTS (Price is a Factor) PROCUREMENT MONITORING AND CONSULTING SERVICES UNIT JANUARY 1997 PREFACE This Standard

More information

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA SOFTWARE TECHNOLOGY PARKS OF INDIA Ministry of Electronics and Information Technology, Government of India Ganga Software Technology Complex, Sector-29, Noida-201303 Phone: +91-120-2470400; Fax: +91-120-2470403

More information

THE COTTON CORPORATION OF INDIA LTD. CBD BELAPUR, NAVI MUMBAI.

THE COTTON CORPORATION OF INDIA LTD. CBD BELAPUR, NAVI MUMBAI. THE COTTON CORPORATION OF INDIA LTD. CBD BELAPUR, NAVI MUMBAI. Tender for selection of Application Service Provider (ASP) for E-Auction of FP Cotton Bales The Cotton Corporation of India Limited, a Govt.

More information

at 13:30 hrs

at 13:30 hrs HINDUSTAN AERONAUTICS LIMITED AEROSPACE DIVISION, BANGALORE COMPLEX PB No 7502, NEW THIPPASANDRA POST BANGALORE-560075 E-Mail : maint.aerospace@hal-india.com Web : www.hal-india.com Phone: 0091-080-22315550/551/556

More information

STCI FINANCE LIMITED REQUEST FOR PROPOSAL ENGAGEMENT OF CONSULTANT FOR UNDERTAKING EQUITY VALUATION

STCI FINANCE LIMITED REQUEST FOR PROPOSAL ENGAGEMENT OF CONSULTANT FOR UNDERTAKING EQUITY VALUATION REQUEST FOR PROPOSAL ENGAGEMENT OF CONSULTANT FOR UNDERTAKING EQUITY VALUATION 1. Background STCI Finance Limited ( STCI or the Company ), is a Systemically Important Non-Deposit Taking Non-Banking Financial

More information

Tender No. AAI/CC/205/88/ / Date:

Tender No. AAI/CC/205/88/ / Date: Airports Authority of India General Manager (Corporate Communications) Room No.251, 2 nd Floor, Rajiv Gandhi Bhawan, Safdarjung Airport, New Delhi-110003. Tender No. AAI/CC/205/88/2017-18/ Date: 13.07.2018

More information

REQUEST FOR PROPOSAL DOCUMENT CONSULTANCY SERVICES FOR CUSTOMER SATISFACTION SURVEY FOR PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA)

REQUEST FOR PROPOSAL DOCUMENT CONSULTANCY SERVICES FOR CUSTOMER SATISFACTION SURVEY FOR PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA) REQUEST FOR PROPOSAL DOCUMENT CONSULTANCY SERVICES FOR CUSTOMER SATISFACTION SURVEY FOR PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA) TENDER NO. PPRA/23/ 2016 2017 SUBMISSION DEADLINE 11 TH APRIL, 2017

More information

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES INVITATION FOR QUOTATIONS FOR CONSTRUCTION OF CIVIL WORKS UNDER SHOPPING PROCEDURES To Dear Sirs, Sub : INVITATION FOR QUOTATIONS FOR CONSTRUCTION

More information

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD.

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD. FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD. VISAKH REFINERY Tender no.: 17000124-HD-46009 IMPORTANT: Please note that this is an e-public

More information

ANIIDCO LTD. Terms & Conditions for Appointment as Internal Auditor

ANIIDCO LTD. Terms & Conditions for Appointment as Internal Auditor ANIIDCO LTD. Terms & Conditions for Appointment as Internal Auditor 1. Introduction Andaman and Nicobar Islands Integrated Development Corporation Limited (ANIIDCO), is a Government Undertaking of Andaman

More information

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17 i BIDDING DOCUMENT TENDER No. : ZICTA/ORD/05/17 TENDER FOR THE PROVISION OF AIR TRAVEL MANAGEMENT SERVICES ON CONTRACTUAL BASIS FOR A PERIOD OF 12 MONTHS TO THE ZAMBIA INFORMATION AND COMMUNICATIONS TECHNOLOGY

More information

Technical Enhancements and New Reports Development. For PM Module of SAP PM01

Technical Enhancements and New Reports Development. For PM Module of SAP PM01 Technical Enhancements and New Reports Development For PM Module of SAP PM01 NOTICE OF INVITATIONS TO TENDERER (NIT) CONTENTS S.No. DESCRIPTION PAGE NO. NOTICE INVITING TENDER 1. Name of Work 3 2. Qualification

More information

PREPARATION OF COASTAL MASTER PLAN FOR KARNATAKA

PREPARATION OF COASTAL MASTER PLAN FOR KARNATAKA 1 GOVERNMENT OF KARNATAKA & KTVG INITIATIVE PREPARATION OF COASTAL MASTER PLAN FOR KARNATAKA INSTRUCTION TO BIDDERS (ITB) SELECTION OF CONSULTANT FOR PREPARATION OF COASTAL MASTER PLAN FOR KARNATAKA KARNATAKA

More information

Notice inviting applications for Empanelment of Forensic Auditors

Notice inviting applications for Empanelment of Forensic Auditors Notice inviting applications for Empanelment of Forensic Auditors IFCI Limited invites applications from interested Chartered Accountants / Chartered Accounting Firms/ Cost Accountants and Cost Accountant

More information

Call for Expressions of Interest

Call for Expressions of Interest Call for Expressions of Interest For software program for NABH working framework Last Date For Submission Of Tender Form : 25 April Up to 3.00 PM Opening Of Technical Bid : 28 April at 3.00 PM 1 National

More information

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017 LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017 CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA 2, COMMUNITY CENTRE, PREET VIHAR, DELHI Page 1 CENTRAL BOARD OF SECONDARY

More information

Procurement of Works & User s Guide

Procurement of Works & User s Guide S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Works & User s Guide The World Bank Washington, D.C. May 2006 revised March and April 2007, May 2010, August 2010 ii August 2010 Revision

More information

ZONAL OFFICE - SILIGURI, 3RD FLOOR SKY STAR BUILDING, SEVOKE ROAD, SILIGURI E-TENDER NOTICE FOR

ZONAL OFFICE - SILIGURI, 3RD FLOOR SKY STAR BUILDING, SEVOKE ROAD, SILIGURI E-TENDER NOTICE FOR ZONAL OFFICE - SILIGURI, 3RD FLOOR SKY STAR BUILDING, SEVOKE ROAD, SILIGURI 734 001 E-TENDER NOTICE FOR TENDER NO.SBI/ZO/SLG/2016-17/ET-18 DATE: 18-03-2017 ELECTRICAL INSTALLATION WORK AT PROPOSED ZONAL

More information

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bengaluru

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bengaluru BANGALORE INTERNATIONAL AIRPORT LIMITED Administration Block, Kempegowda International Airport, Devanahalli, Bengaluru 560 300 INVITATION TO EXPRESSION OF INTEREST Invitation to Expression of Interest

More information

Draft Document for Expression of Interest (EOI) for Empanelment of Consultancy Firms for various Regulatory tasks.

Draft Document for Expression of Interest (EOI) for Empanelment of Consultancy Firms for various Regulatory tasks. Draft Document for Expression of Interest (EOI) for Empanelment of Consultancy Firms for various Regulatory tasks. 1. INTRODUCTION Brihanmumbai Electric Supply & Transport Undertaking (BEST Undertaking)

More information

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/ /ET-

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/ /ET- SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL 700001 TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/2016-17/ET- DATE:03-05-2017 OF ELECTRICAL WORKS AT FIRST, FOURTH &FIFTH

More information

TENDER NOTICE FOR E-REVERSE AUCTION

TENDER NOTICE FOR E-REVERSE AUCTION LOCAL HEAD OFFICE, KOLKATA PREMISES & ESTATE DEPARTMENT SAMRIDDHI BHAVAN, BLOCK B, 9 TH FLOOR, 1, STRAND ROAD, KOLKATA 700001. TENDER NOTICE FOR E-REVERSE AUCTION Supplying and Installations Modular Work

More information

STATE BANK OF INDIA REGIONAL BUSINESS OFFICE REGION III, KHARAGPUR E-TENDER NOTICE FOR TENDER NO. SBI/ZO/HOW/RBO-III/ /ET-268 DATE:

STATE BANK OF INDIA REGIONAL BUSINESS OFFICE REGION III, KHARAGPUR E-TENDER NOTICE FOR TENDER NO. SBI/ZO/HOW/RBO-III/ /ET-268 DATE: STATE BANK OF INDIA REGIONAL BUSINESS OFFICE REGION III, KHARAGPUR E-TENDER NOTICE FOR TENDER NO. SBI/ZO/HOW/RBO-III/2018-19/ET-268 DATE: 27-08-2018 OF ELECTRICAL WORK AT THE ALTERNATE PREMISES OF SBI

More information

Telecommunications Consultants India Ltd. (A Government of India Enterprise) EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018

Telecommunications Consultants India Ltd. (A Government of India Enterprise) EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018 EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018 Expression of Interest (EoI) for selection of Technology Partner for Installation and Commissioning of Security and Surveillance System Telecommunications

More information

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/ /LIFT-

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/ /LIFT- SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL 700001 TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/2016-17/LIFT- DATE:11-05-2017 OF LIFT INSTALLATION AT GROUND FLOOR

More information

Date: 15/09/ INTRODUCTION

Date: 15/09/ INTRODUCTION Request for Quotation ( RFQ ) for sale of 1,93,72,020 equity shares of Tourism Finance Corporation of India Limited ( TFCI ), representing 24 % stake, held by IFCI Limited ( IFCI ) 1. INTRODUCTION Date:

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

REQUEST FOR BID (RFB) FOR SALE OF INDIAN BANK SHAREHOLDING IN FINO PAYTECH LIMITED (FORMERLY KNOWN AS FINO)

REQUEST FOR BID (RFB) FOR SALE OF INDIAN BANK SHAREHOLDING IN FINO PAYTECH LIMITED (FORMERLY KNOWN AS FINO) REQUEST FOR BID (RFB) FOR SALE OF INDIAN BANK SHAREHOLDING IN FINO PAYTECH LIMITED (FORMERLY KNOWN AS FINO) Indian Bank Treasury Branch, 18th Floor, Maker Tower- F, Cuffe Parade, Mumbai -400 005. MARCH

More information

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) Tender for Supply and Delivery of 7 No. Tractors Through National Competitive

More information

STATE BANK OF INDIA REGIONAL BUSINESS OFFICE: V (GROUND FLOOR) JEEVAN SUDHA BUILDING, J. L. NEHRU ROAD, ZONAL OFFICE: SOUTH 24 PGS, KOL

STATE BANK OF INDIA REGIONAL BUSINESS OFFICE: V (GROUND FLOOR) JEEVAN SUDHA BUILDING, J. L. NEHRU ROAD, ZONAL OFFICE: SOUTH 24 PGS, KOL STATE BANK OF INDIA REGIONAL BUSINESS OFFICE: V (GROUND FLOOR) JEEVAN SUDHA BUILDING, J. L. NEHRU ROAD, ZONAL OFFICE: SOUTH 24 PGS, KOL-700 071 E-TENDER NOTICE FOR TENDER NO. SBI/ZO/S24P/RBO-V/2017-18/ET-148

More information

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IFRS CONVERGED INDIAN ACCOUNTING STANDARDS (IND AS)

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IFRS CONVERGED INDIAN ACCOUNTING STANDARDS (IND AS) REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IFRS CONVERGED INDIAN ACCOUNTING STANDARDS (IND AS) TENDER REFERENCE NO. : BOI/FIN/06/2016 DATED: 18 th JUNE 2016 BANK OF INDIA

More information

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT. Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Office Building for Department of Railways Medium

More information

CORRIGENDUM-2 E-Tender Notice No. Tender No.IRCTC/2017/FTP/

CORRIGENDUM-2 E-Tender Notice No. Tender No.IRCTC/2017/FTP/ INDIAN RAILWAY CATERING AND TOURISM CORPORATION LTD. (A Government of India Enterprise) Open Tender for Engagement of Consultant for providing services for obtaining & redemption of Duty Credit Scrip SEIS

More information

Procurement of Consultancy Services for Carrying Out the Environmental Impact Assessment for the Proposed 20 MW Seethawaka Ganga Hydro Power Project

Procurement of Consultancy Services for Carrying Out the Environmental Impact Assessment for the Proposed 20 MW Seethawaka Ganga Hydro Power Project REQUEST FOR PROPOSALS Quality and Cost Based Selection (QCBS) Procurement of Consultancy Services for Carrying Out the Environmental Impact Assessment for the Proposed 20 MW Seethawaka Ganga Hydro Power

More information

RAICHUR POWER CORPORATION LIMITED (YERMARUS THERMAL POWER STATION)

RAICHUR POWER CORPORATION LIMITED (YERMARUS THERMAL POWER STATION) RAICHUR POWER CORPORATION LIMITED (YERMARUS THERMAL POWER STATION) No. KPCL/2015-16/CT/WORK_INDENT4066/1433 Office of the Chief Engineer (Civil), Raichur Power Corporation Limited, Yermarus Thermal Power

More information

Consultancy services for Providing PMC for the work of Construction of 500 Room Ladies Hostel at IISc

Consultancy services for Providing PMC for the work of Construction of 500 Room Ladies Hostel at IISc Indian Institute of Science Bangalore 560012 REQUEST FOR PROPOSALS RFP FOR Consultancy services for Providing PMC for the work of Construction of 500 Room Ladies Hostel at IISc Contact: 080-22932202/2203

More information

MATSAPHA TOWN COUNCIL

MATSAPHA TOWN COUNCIL MATSAPHA TOWN COUNCIL REQUEST FOR PROPOSALS FOR THE PROVISION OF CONSULTANCY SERVICES ON THE FORMULATION OF 2018 2024 Integrated Development Programme (IDP) TENDER NUMBER: 26 OF 2017/18 22 nd January 2018

More information

INDIAN INSTITUTE OF SCIENCE BENGALURU

INDIAN INSTITUTE OF SCIENCE BENGALURU INDIAN INSTITUTE OF SCIENCE 30.09.2015 NOTICE INVITING TENDER The Registrar, Indian Institute of Science, Bengaluru invites sealed tenders in Two Bid System (Technical bid and Price bid) from reputed,

More information

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:- TENDER DOCUMENT FOR Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of Domestic and International Air Tickets Name of the Agency:- Address:-... Contact Person: Phone/ Mobile: E-mail Id: LAST

More information

E-REVERSE AUCTION. TENDER NO. SBI/LHO/KOL/P&E/ /ET-46&49 dtd 05/ DATE:

E-REVERSE AUCTION. TENDER NO. SBI/LHO/KOL/P&E/ /ET-46&49 dtd 05/ DATE: SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL 700001 TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/2016-17/ET-46&49 dtd 05/5 2017 DATE:11-05-2017 OF INTERIOR FURNISHING

More information

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT BIDDING DOCUMENT DEPARTMENT OF GOVERNMENT INFORMATION BID No: DI/PRO/04/19/2016/TEC 05 Bids will be closed at 1100 hours on.01.08.2018

More information

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL 700001 TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/2016-17/TV DATE:11-09-2017 OF LED TV INSTALLATION AT SBLC DURGAPUR

More information

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY Tender Document For Engineering & Interior works including Modular office, civil and sanitary, plumbing work etc. for providing office accommodation at 2

More information

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Rail and Metro Development Project Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Railway Track

More information

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) Ref. NTECL / C&M / NIT-154/ CS - 3257, Dt: 01.06.2018 NTPC Tamilnadu Energy

More information

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X NTPC Tamilnadu Energy Company Limited BID DOCUMENT NO :NTECL/C&M/OT/CS-3685, Dt : 14.01.2019 Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X Sl.No. ITEM DESCRIPTION 1 SECTION

More information

RfE Package No: EESL/05/ /EMPANELMENT/ Dated

RfE Package No: EESL/05/ /EMPANELMENT/ Dated SECTION I INSTRUCTIONS TO RESPONDENT UNDERTAKING ENERGY EFFICIENCY (EE)/ENERGY CONSERVATION (EC) PROJECTS, RELATED ACTIVITIES WITH EESL. RfE Package No: EESL/05/2013-14/EMPANELMENT/ Dated 17.05.2013 Energy

More information

KARNATAKA POWER CORPORATION LIMITED YELAHANKA COMBINED CYCLE POWER PLANT (CIN: U85110KA1970SGC001919)

KARNATAKA POWER CORPORATION LIMITED YELAHANKA COMBINED CYCLE POWER PLANT (CIN: U85110KA1970SGC001919) KARNATAKA POWER CORPORATION LIMITED YELAHANKA COMBINED CYCLE POWER PLANT (CIN: U85110KA1970SGC001919) Office of the Executive Engineer (Civil) -2 Yelahanka Combined Cycle Power Plant Doddaballapur Road,

More information